Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

95 -- Customer specified compositions of high nitrogen steel (HNS) billets

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0276
 
Response Due
7/20/2015
 
Archive Date
9/12/2015
 
Point of Contact
Christine Chase, 301 394 4012
 
E-Mail Address
ACC-APG - Adelphi
(christine.m.chase10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i). The name of the company the Government intends to award a contract to is Energietechnik-Essen (ETE) GmbH; Essen, Nordrhein-Westfalen, 45143 Germany.This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-15-T-0276. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 effective 10 April 2015. (iv) The associated NAICS code is 331110. The small business size standard is 1000 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001 - Alloy 1 Billets, Qty 3000lbs CLIN0002 - Alloy 2 Billets, Qty 3000lbs CLIN0003 - Alloy 3 Billets, Qty 3000lbs CLIN0004 - Packaging and Shipping (vi) Description of requirements: The Contractor shall provide three (3) customer specified compositions of high nitrogen steels (HNSs) manufactured as round ingots by the pressurized electroslag remelt (PESR) process at 40-bars (1-bar = 14.5038 lbs./in.2) pressure. The ingots shall be trimmed, heated and hot rolled or forged into rectangular billet slabs, soft annealed, and rough ground in total of a quantity of 9,000-pounds (lbs), 3,000 lbs per composition type. The billet slabs shall be comprised of three (3) PESR manufactures of customer specified composition alloys, Alloy One, Alloy Two, and Alloy Three (See Table 1). Each billet shall have a cross-section area size of 5.125 x 11.811-inches, and each alloy shall be in a quantity of 3,000-lbs billet. Each 3,000-lb quantity of alloy steel billet shall be 5.125 x 11.811-inches in cross section and will yield approximately 175-173-inches of billet length and weigh approximately17.15-lbs per inch-length. For delivery, each 175-173-inch length billet shall be sawn into two (2) sections of equal length, 86.5-87.5-inches approximate. The steels, Alloys One, Two, and Three, shall be shall be made with constituents, determined in weight-percent, as specified by the Government. The specific limits of the constituents shall be specified by the Government and agreed on by the Government and manufacturer once the initial response is received for this solicitation. In response to this solicitation, the Contractor shall submit a rough estimate and/or range of the costs for the Alloy billets. If the vendor has demonstrated that they can meet the range of composition limits of alloy constituents, then they will then be asked to sign a non-disclosure statement in order to receive the final compositions. Once the offerors has signed and returned the non-disclosure statement, they will then receive the specific compositions via email and be asked to respond with a formal and final quote. The potential constituents are as follows (Table 1): Table 1. Overall Chemical Composition Limit Ranges, Alloys 1, 2, 3 ElementWeight (mass) percent Nitrogen (N)presently undisclosed Carbon (C)presently undisclosed Nickel (Ni)presently undisclosed Manganese (Mn)presently undisclosed Chromium (Cr)presently undisclosed Molybdenum (Mo)presently undisclosed Tungsten (W)presently undisclosed Silicon (Si)0.40 Copper (Cu)0.04 Sulfur (S)0.002 Phosphorous (P)0.004 Oxygen (O)0.0012 Hydrogen (H)2* Calcium (Ca)0.0005 Antimony (Sb)0.004 Tin (Sn)0.005 Aluminum (Al)0.02 Vanadium (V)0.01 Niobium (Nb)0.01 Titanium (Ti)0.01 Others0.01 Others Total0.05 Notes: single value = maximum; *ppm = parts per million The manufacturer shall coordinate shipment FOB Destination to be made to US Army Research Laboratory Building 434 Aberdeen Proving Ground, MD 21005 70-DAYS After Receipt of Order (ARO). (vii) The Delivery date for this requirement is 70 days ARO. Delivery shall be made to the US Army Research Laboratory - Aberdeen Proving Ground, Aberdeen, Maryland, 21005. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014); 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act - ALTERNATE I (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (September 2011); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (November 2011); 252.204-7011, Alternative Line Item Structure (SEP 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013); 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014); 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013); 252.225-7000 Buy American--Balance of Payments Program Certificate (NOV 2014); 252.225-7001 Buy American and Balance of Payments Program (NOV 2014); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.244-7000, Subcontracts for Commercial Items (JUN 2013); 252.247-7023, Transportation of Supplies by Sea (April 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-4 Printed or Copied Double-Sided on Postconsumer; 52.204-7 - System for Award Management (July 2013); 52.225-25 Prohibition on Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran - Representation and Certifications (December 2012); 252.204-0007 Contract-wide: Sequential ACRN Order (SEP 2009); 252.211-7003 Item Identification and Valuation (June 2011); 252.232-7006 Wide Area Workflow Payment Instructions (May 2011); 52.246-2 Inspection of Supplies - Fixed Price (August 1996); 52.246-16 - Responsiblity for Supplies (April 1984); 52.252-1 Solicitation Provisions Incorporated by Reference (February 1998); 52.243-1 Changes - Fixed Price (August 1987); 52.249-2 Termination for Convenience of the Government (Fixed Price) (April 2012) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: Not Applicable (xv) The following notes apply to this announcement: None (xvi) Responses are due on: 07/20/2015, by 11:59AM Eastern Time, via email to Christine Chase, Contract Specialist, Christine.m.chase10.civ@mail.mil; 301-394-4012 (xvii) For information regarding this solicitation, please contact: Christine Chase, Contract Specialist, Christine.m.chase10.civ@mail.mil; 301-394-4012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc90289fcd37f7ab46868fc6c22f417d)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03796941-W 20150716/150715000145-bc90289fcd37f7ab46868fc6c22f417d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.